View
9
Download
0
Category
Preview:
Citation preview
ESICTender_ILL091019BWfree V4.4.2(WithIndex).docx 1 of 32
Advertisement to be uploaded on website
Employees State Insurance Corporation
Panchdeep Bhawan, CIG Road,
New Delhi – 110002 E-mail: ad-ict@esic.nic.in, dmc-ict@esic.nic.in,
e- Tender Notice
Request for proposal for “Supply, Installation, Testing and Commissioning of Internet Lease
Line (1:1)” at ESIC Data Center, Delhi and ESIC Disaster Recovery Center, Hyderabad
ESIC (Employees State Insurance Corporation) is a statutory organization under Ministry of
Labour and Employment, Government of India having its presence across India. For its IT
Project Panchdeep, it has Data Centre at Delhi, a Data Recovery Centre at Hyderabad, and a
country wide network connecting 2200 (approx.) field offices.
ESIC now contemplates to renew Internet Connections implemented in the Data Centre (DC)
and Disaster Recovery Centre (DRC). At present ESIC is having two internet connections at
each location from two separate ISPs i.e. TCL and BSNL/MTNL.
In this reference, bids are invited from interested Internet Service Providers (ISPs) dealing
directly with such matters.
The complete tendering process would be undertaken online through the e-procurement site
i.e. https://eprocure.gov.in
The bidders are required to download tender document from the above website for
participation in the tender. This tender process shall be conducted electronically. The Tender
documents can be downloaded free of cost from the website https://eprocure.gov.in
Any information to the bidders on this bid and any other information will be uploaded on this
website only. The bidders are advised to visit the website https://eprocure.gov.in regularly for
updates and download the details and respond to the tenders on a regular basis. Similarly,
any corrigendum or change in dates or change in specifications or any other information will
be uploaded for information of the bidders/public on this website only. No separate individual
letters/E-mails shall be sent regarding this.
ESICTender_ILL091019BWfree V4.4.2(WithIndex).docx 2 of 32
Tender Ref. No.: I-16/13/01/2018-ICT(Pt.)
Request for proposal for
Supply, Installation, Testing and Commissioning of
Internet Lease Line (1:1) at ESIC Data Centre at Delhi
and ESIC Disaster Recovery Centre at Hyderabad
Employees’ State Insurance Corporation
Headquarters, Panchdeep Bhawan, New Delhi-110002
Tel No. 011 - 23231359, 23234092
Email: ad-ict@esic.nic.in, dmc-ict@esic.nic.in
Website: www.esic.nic.in , www.esic.in
ESICTender_ILL091019BWfree V4.4.2(WithIndex).docx 3 of 32
IMPORTANT DATES/FACT SHEET
Request for proposal for Supply, Installation, Testing and Commissioning of Internet
Lease Line (1:1) at
1. Employees State Insurance Corporation, Data Centre, Delhi. &
2. Employees State Insurance Corporation, Disaster Recovery Centre, Hyderabad
Date of publication /
uploading the Tender
document on the
website
https://eprocure.gov.in
Date/Time : 23.12.2019 (Monday)
Last Date and Time of
uploading of tender
bids
Date/Time : 14.01.2020 (Tuesday) 02:00 PM
Date, Time and Venue
of Pre-Bid Meeting
Date/Time : 03.01.2020 (Friday) 02:30 PM
Venue :
Conference Hall, E.S.I.Corporation,
Headquarters, Panchdeep Bhawan,
C.I.G. Road, New Delhi-110002
Date, time and venue
of online opening of
the Technical Bids
Date/Time : 14.01.2020 (Tuesday) 02:30 PM
Venue :
Conference Hall, E.S.I.Corporation,
Headquarters, Panchdeep Bhawan,
C.I.G. Road, New Delhi-110002
Opening of Financial
bids
Date/Time : To be intimated
Venue :
Conference Hall, E.S.I.Corporation,
Headquarters, Panchdeep Bhawan,
C.I.G. Road, New Delhi-110002
Bid validity from the
last date of submission
90 days, subject to increase in the validity date by mutual
consent
Number of bidders to
be selected
Only one bidder will be selected and others may be
empaneled for additional link from separate ISP requirement
later on
Earnest Money
Deposit (EMD) and
Turnover
ISP has to submit EMD online as per instructions given in
clause 7 of Section-III (Special Terms and Conditions) in this
RFP, ESIC will not pay any interest on EMD amount.
EMD and TURNOVER amounts indicated on Page Number 15
and 12 respectively
Address, email and
phone number for
communication
Employees’ State Insurance Corporation(ESIC),
Panchdeep Bhawan, CIG Marg,
New Delhi – 110002
Dy.Director(Hw & Networking), ESIC
E-mail – ad-ict@esic.nic.in
dmc-ict@esic.nic.in
ESICTender_ILL091019BWfree V4.4.2(WithIndex).docx 4 of 32
Table of Contents
Important Dates/Fact sheet ............................................................................ 3
Instructions to Bidders (ITB) .................................................................................. 8
Special terms and conditions (STC) ....................................................................... 11
1. QUALIFYING CONDITIONS FOR ELIGIBLE BIDDER: - ................................................... 12
g) (i) criterion for arriving at L1 prices.................................................... 12
2. DELIVERY, INSTALLATION & COMMISSIONING PERIOD: ............................................. 13
3. LIQUIDATED DAMAGES (LD): .............................................................................. 13
4. TESTING: .................................................................................................... 14
6. MAINTENANCE & WARRANTY: ......................................................................... 14
7. (A) EARNEST MONEY DEPOSIT (EMD): .................................................................. 15
(B) PERFORMANCE SECURITY (PSD/PSG): .................................................................. 16
8. TAXES: ........................................................................................................ 16
9. VALIDITY OF QUOTATION: ............................................................................... 16
10. SCHEDULE OF PAYMENT ................................................................................... 16
A) One-time installation & configuration charges: ............................ 17
B) Rental Charges: ............................................................................ 17
11. RESPONSIBILITIES UNDER THE CONTRACT: ........................................................... 17
12. SERVICE LEVEL GUARANTEE: .......................................................................... 18
13. SUB-CONTRACTING OR SUB-LETTING. ................................................................. 18
14. CANCELLATION/TERMINATION OF ORDER BY ESIC, NEW DELHI ................................. 18
17. ADDRESS FOR COMMUNICATION: .................................................................. 19
18. FORCE MAJEURE: ......................................................................................... 19
19. CODE OF ETHICS: ......................................................................................... 19
20. JURISDICTION ............................................................................................. 19
21. COMPLETENESS OF TENDER OFFER .................................................................... 19
22. SIGNING OF TENDERS ..................................................................................... 19
Forms and formats ........................................................................................... 20
BIDDER’S INFORMATION ........................................................................................ 21
LIST OF ENCLOSURES ............................................................................................. 22
FORMAT FOR CHARTERED ACCOUNTANT* CERTIFICATE FOR FINANCIAL CAPABILITY .............. 23
LETTER OF AUTHORITY .......................................................................................... 24
NO DEVIATION CONFIRMATION ............................................................................... 25
DECLARATION ................................................................................................... 26
BANK DETAIL TO FACILIZE RTGS/NEFT ....................................................................... 27
Bank certificate .......................................................................................... 27
COMPLIANCE SHEET FOR SCOPE OF WORK ANNEXURE - A ............................................ 28
COMMERCIAL BID ANNEXURE – B ........................................... 30
Undertaking Annexure - C .......................................... 32
ESICTender_ILL091019BWfree V4.4.2(WithIndex).docx 5 of 32
SECTION – I
NOTICE INVITING TENDER (NIT)
ESICTender_ILL091019BWfree V4.4.2(WithIndex).docx 6 of 32
NOTICE INVITING TENDER
Employees State Insurance Corporation (ESIC), New Delhi is an integrated social
security system tailored to provide social protection to workers & immediate dependent or family,
in the organized sector, in contingencies, such as sickness, maternity and death or disablement
due to an employment injury or occupational hazard. To serve the industry workers, ESIC has
Regional Offices, Sub-Regional Offices, Hospitals, Post Graduate Institute of Medical Science &
Research, Medical Colleges, Branch Offices and Dispensaries in various States.
For its IT Project Panchdeep, it has Data Centre at Delhi, a Data Recovery Centre at
Hyderabad, and a country wide network connecting 2200 field offices as above.
ESIC contemplates to renew existing Internet Lease Line connections implemented
in the Data Centre and Disaster Recovery Centre. At present ESIC is having two internet
connections at each location from two separate ISPs i.e. TCL and BSNL/MTNL
ESIC invites quotations, in two bid system (Technical & Commercial bid) for providing
Internet Leased Line Services as detailed in ‘Annexure- A’ attached, from reputed Internet
Services Provider (ISP) - ‘Class / Category - A’ with a proven track record for more than
3(Three) years.
The tender document consists of following 6(Six) Parts
I. Notice Inviting Tender (NIT)
II. Instructions to Bidders (ITB)
III. Special Terms & Conditions (STC)
IV. Format & Requirements for submitting Technical Bid (Annexure – A)
V. Format & Requirements for submitting Commercial Bid (Annexure-B)
VI. Undertaking from Bidder (Annexure-C)
ESICTender_ILL091019BWfree V4.4.2(WithIndex).docx 7 of 32
Summarized information for this tender is presented below:
Document Ref No.
Completion Schedule/
Contract Period
Commissioning Period: - Within Thirty (30) days at ESIC, New Delhi and ESIC,
Hyderabad from the date of Letter of Award.
Contract Period is (05) Five years from the date of commissioning.
Name of the Bid
Installation, Commissioning and Maintenance of Internet Leased Line (1:1
unshared with last mile also on fiber optic) at
Employees State Insurance Corporation, Data Centre, Delhi. &
Employees State Insurance Corporation, Disaster Recovery Centre,
Hyderabad
Technical Bid Format & Requirements for submission of Technical Bid is placed at
Annexure- A
Commercial Bid Format & Requirements for submission of Commercial Bid is placed at
Annexure- B
Bid Document Interested bidders may download the bid document from
https://eprocure.gov.in
Earnest Money
Deposit along with
Tender
Rs.3,00,000/- (Rupees Three lakh only)
Date of Release of
Tender
Please refer to IMPORTANT DATES/FACT SHEET
Pre-Bid Meeting Please refer to IMPORTANT DATES/FACT SHEET
Last date and time for
submission of bid
Please refer to IMPORTANT DATES/FACT SHEET
Date and time of
opening of
Technical Bids
Please refer to IMPORTANT DATES/FACT SHEET
(If the particular day is happened to be a declared holiday in ESIC, the next
working day shall be considered)
Address for
Tender inquiry &
Delivery
DMC(ICT),
Employees State Insurance Corporation Headquarters,
Panchdeep Bhawan C.I.G. Road, New Delhi - 110002
Dy. Medical Commissioner (ICT)
ESICTender_ILL091019BWfree V4.4.2(WithIndex).docx 8 of 32
SECTION - II
INSTRUCTIONS TO BIDDERS (ITB)
ESICTender_ILL091019BWfree V4.4.2(WithIndex).docx 9 of 32
INSTRUCTIONS TO BIDDERS
1. The tender form can be downloaded from website https://eprocure.gov.in on the dates
mentioned in important dates/fact sheet.
2. Tender shall be duly filled and all pages of the tender should be signed by the Authorized
Signatory of Bidder with company seal mentioning the full name and designation of the
signatory.
3. Bidder shall submit a letter nominating a signatory and authorizing him/her to sign this tender
and to coordinate on behalf of the company regarding this tender. Authorization letter shall be
written/typed on a letter-head and be submitted along with Technical Bid.
4. Any striking out/over writing etc. in the tender must be signed by the person who is authorized
to sign the tender. The rates should not be overwritten. The financial figures in commercial bid
shall always be both in figures and words. In case of any discrepancy in figures and words, the
amount written in words shall be considered. The Technical bid should not contain any price
quote, in any form.
5. The Service Provider/Bidder should not be blacklisted by ESIC or any other Educational / R&D /
Govt. organizations/PSUs/Corporation/Autonomous bodies. A certificate or undertaking to this
effect must be submitted.
6. The Bidder may visit the site prior to submitting their offer in order to conduct the feasibility
study for laying the fiber optic cable connectivity up to server point in ESIC, New Delhi.
7. All the communication with respect to the tender shall be addressed to:
DMC (ICT)
Employees State Insurance Corporation, Headquarters,
Headquarters, Panchdeep Bhawan, C.I.G. Road
New Delhi, (Delhi)-110002
8. A pre-bid meeting will be held with the prospective bidders at Employees State Insurance
Corporation, Headquarters, Panchdeep Bhawan, C.I.G. Road, New Delhi - 110002 on date
and time mentioned important dates/facts sheet. The bidder(s) or their authorized
representatives who intend to bid are invited to attend the pre-bid meeting. Bidder’s
representative shall carry authority letter with any Photo ID Proof to be eligible to attend
meeting.
Bidders are advised to send their queries not later than 02 days prior to pre-bid meeting in
following format.
SL# Ref tender clause no. or
description if any
Bidders ’s
Observation
Clarification Required for
Bidders are requested to attend the Pre-Bid Meeting so that their queries, if any related to the Bid
Document and Scope of work shall be addressed. Non-attendance of the pre-bid meeting will
not be a cause for disqualification of a bidder. Addendum and/or Corrigendum, if any, to the
tender document, shall be published on the websites subsequent to the pre-bid meet and that
ESICTender_ILL091019BWfree V4.4.2(WithIndex).docx 10 of 32
Addendum(s)/Corrigendum(s) shall form an integral part of bidding document.
9. Technical bid will be opened on date and time mentioned in important dates/fact sheet in
ESIC office. A representative of the Bidder carrying authority letter and photo I Card, may be
present at the time of opening of the tender. The date for opening the second envelope
containing commercial bid will be intimated to the qualifying bidders separately. In case, the
Tender opening date is declared a holiday, the tender would be opened on the next working
day at prescribed time.
10. Location of Site for Internet Lease Line : (1) Employees State Insurance Corporation Hospital
Complex, Rohini Sector – 15, Rohini Delhi and (2) Employees State Insurance Corporation,
Panchdeep Bhawan 5-9-23, Near, Hill Fort Rd, New MLA Quarters, Adarsh Nagar, Hyderabad,
Telangana 500063. The intending bidder shall be deemed to have visited the SITE(s) and
familiarized once he submitted the tender. Non-familiarity with the site conditions will not be
considered a reason either for extra claims or for not carrying out the works in strict
conformity with the Drawings and Specifications or for any delay in performance.
11. At present bid is being called for one connection each at Delhi and Hyderabad, however, later
on if another connection is required at any or both location, other bidders, sequentially, being
separate ISP requirement may be offered counter-offers upon same rates, terms and
conditions as being agreed with L1.
12. All permission(s) from Government Authority like Municipal Corporation (concerned), Public
Works Department (PWD) etc. and Private Authority, if any, for laying fiber cable from bidder
point to ESIC server room will be the responsibility of the bidder only and any cost incurred
thereon will be borne by the bidder only.
13. The Bidder should have its own dedicated facility to provide DDOS Detection and Mitigation
Services. Leasing / Subletting, Assigning or Outsourcing this service is not permitted.
14. Should be registered with TRAI for providing Internet Bandwidth Service in India.
15. Bidder should have Direct Access to International-Gateways with a valid Class-A ISP License.
We confirm that the Instructions to the bidder at S. No-1 to 15 as stated above have been thoroughly
read while filling up the tender form.
Signature of the Bidder with stamp
Authorized Contact Person’s
Name –
Mobile No.
e-mail ID:
ESICTender_ILL091019BWfree V4.4.2(WithIndex).docx 11 of 32
SECTION - III
SPECIAL TERMS AND CONDITIONS (STC)
ESICTender_ILL091019BWfree V4.4.2(WithIndex).docx 12 of 32
SPECIAL TERMS AND CONDITIONS OF THE BID
1. Qualifying Conditions for eligibility of Bidder: -
a) The Service provider/ Bidder should have ‘Category / Class A’ ISP license /authorization
from Govt. of India (Attach a copy of license/authorisation).
b) The Service provider/ Bidder should have annual turnover of at least Rs.20 crores
for the last three audited financial years i.e. 2016 – 2017, 2017 – 2018 and 2018 – 2019.
Annual Audited Financial Statements, Balance Sheet and Profit & Loss Account of
three Years i.e. 2016 – 2017, 2017 – 2018 and 2018 – 2019 to be attached.
c) ISP must have DOT license to setup and operate International gateways.
i) ISP should have their own/direct access to international gateway in India, for
providing Internet bandwidth, which should be connected onto
international fiber systems only.
ii) ISP should have at least one Point of Presence for peering with Tier 1 carriers
and local peering within India with at least one other ISP.
d) Service provider/Bidder should have a fully functional Customer Service Centre(s)/
NOC(s), which is operational 365 days X 24 hours. ISP will extend the same to
ESIC for resolving minor issues and registration of faults / complaints with the
facility to view/download summary and status. List of Customer Service
Centre(s)/NOC(s) along with Escalation Matrix mentioning name, designation, e-mail
ID and mobile number(s) must be enclosed.
e) Service provider/Bidder should have its own fiber-based backbone network of 5000+
kilometer.
f) Last mile connectivity should also be on own fiber only. The bid(s) of those bidder(s)
who do not have adequate facilities and capabilities of their own last mile connectivity
to provide comprehensive maintenance support during the contract period shall be
summarily rejected. No third party arrangement for the last mile or local loop will be
accepted. A certificate or undertaking to this effect must be submitted.
g) (i) Criterion for arriving at L1 Prices: Lowest Bid will be based upon the lowest price
(inclusive of taxes, if any) quoted for 1Gbps Bandwidth. The bid will be considered
only for 1 Gbps and rate Quotes for additional incremental bandwidth will be used
for future requirements. The L1 bidder for 1Gbps will be offered for award of work
order for 1Gbps connection each at DC and DRC. In case L1 bidder back out, his
EMD will be forfeited. Following is an example (L/p.a.= Lakh/per annum):
Example:
Bidder1 Bidder2 Bidder3 Bidder4 Bidder5
1Gbps Rs.10.3L/p.a. Rs.11L/p.a. Rs.10.2L/p.a. Rs.9.5L/p.a. Rs.10.1L/p.a.
Bidder
Hierarchy L4 L5 L3 L1 L2
ESICTender_ILL091019BWfree V4.4.2(WithIndex).docx 13 of 32
(ii) In case of additional incremental requirement at any location, the lowest bidder will
match lowest rates of the tender for 1Gbps and 100 Mbps incremental additional
requirement.
Example:
Bidder1 Bidder2 Bidder3 Bidder4 Bidder5
100Mbps Rs.0.10/p.a. Rs.0.12/p.a. Rs.0.13/p.a. Rs.0.11/p.a. Rs.0.14/p.a.
1Gbps Rs.2L/p.a. Rs.1L/p.a. Rs.2.5L/p.a. Rs.1.5L/p.a. Rs.3L/p.a.
h) RIGHT TO REJECT:
ESIC reserves the right to reject the Tender at any stage without assigning any reason.
j) (i) In case of same quotes by two or more bidders, 1st
preference will be given to
existing ESIC vendor out of all considering required changes to be done at ESIC
end, provided the existing vendor has participated in the bid.
(ii) Further, if existing bidder does not qualify due to technical reasons/assessment or
otherwise, bidder with maximum turnover will be given preference out of same
quoting bidders.
k) DDOS mitigation/ DDOS prevention charges have to be mentioned in the relevant
column of commercial part.
With Respect to Point No. d, e, f, g & h above, the Service Provider/Bidder shall submit
self- declaration in an undertaking on letterhead.
The ESIC, New Delhi, reserves the right to carry out the capability assessment of the Service
provider/ Bidder and the decision of ESIC shall be final in this regard.
2. DELIVERY, INSTALLATION & COMMISSIONING PERIOD:
Service provider/Bidder shall deliver, install and commission the Internet leased line at ESIC
specified locations within 30 days from the date of issuance of award of contract.
ISP shall designate atleast one nodal officer to coordinate for the execution of this Project till
successful completion.
Before award of contract, successful bidder will have to share an Escalation Matrix of
resources each for Administrative, Technical as well as Financial purposes, containing Name,
Designation, Office Address, e-mail and Mobile Number of all persons.
3. LIQUIDATED DAMAGES (LD):
The bidder shall take appropriate steps to ensure that the installation & commissioning
is completed within the stipulated time to avoid imposition of liquidated damages. In
the event of any delay in completion of the job, liquidated damages @ 0.50% per week
of the total order value will be levied, part of week will be deemed to be full week. This
shall be subject to maximum of EMD amount for the Tender.
ESICTender_ILL091019BWfree V4.4.2(WithIndex).docx 14 of 32
4. TESTING:
After commissioning of said Internet Leased line(s), the services being provided shall
be tested for fifteen working days for latency, consistency, and robustness, etc.. The
Internet Service Provider shall submit bandwidth utilization report and quality check
reports on daily basis during the testing period. The services shall be continued only
after satisfactory performance during the testing period. In case of unsuccessful testing or
unsatisfactory test outcomes, ESIC shall be at a liberty to discontinue seeking of services
and all costs for testing will have to be borne by bidder only. ESIC will not compensate in
any way to bidder. Acceptance and billing will be from Sixteenth working days after
services are tested and confirmed jointly by ESIC and/or its representative & bidder. In
case of unsatisfactory performance, the services shall be discontinued, ESIC work
order will be cancelled and no further payment shall be released. Failure in testing
will lead to forfeiture of EMD/PSD/PBG.
5. CONTRACT PERIOD:
a. This contract will be valid for a period of Five years.
b. ESIC may terminate the contract at any point of time during the contract period by
giving 1-month prior notice.
c. The period of contract may be extended by ESIC on the same finalized terms and
conditions for further period, on annual basis, subject to satisfactory performance of
services and mutual agreement for either with same or reduced prices.
6. MAINTENANCE & WARRANTY:
a ) The Service Provider/Bidder will be responsible for the comprehensive
maintenance during the warranty period of five years for which ESIC, New Delhi
will not make any extra payment. Warranty period will start after the
acceptance of installation & testing of complete connectivity.
b) The Service provider/Bidder will do preventive maintenance on quarterly basis for
upkeep of the Systems running. The schedule will have to be adhered strictly by the
Service provider/Bidder.
c) The Technical support services shall be provided 24 hours x 7 days on all days
(including holidays) for any contingencies and exigencies.
d) The response time for attending the faults will be half an hour (maximum) after they
are reported to the Service Provider.
e) The Service Provider will rectify the faults within 1 hour from the time of report, failing
which; the Bidder will arrange temporary replacements.
f) 99.95% uptime shall be calculated as {(Total Time – Down Time) X 100 /Total Time}
on monthly basis. Deduction in payment will be made for downtime in the quarterly
bills raised by the Service provider/Bidder as per following details:
ESICTender_ILL091019BWfree V4.4.2(WithIndex).docx 15 of 32
Downtime (HH:MM:SS) (upto) Deductions on the basis of Monthly Recurring Charges (MRC)
0:30:00 No Deductions
1:00:00 10% of MRC
2:00:00 20% of MRC
4:00:00 30% of MRC
8:00:00 40% of MRC
12:00:00 50% of MRC
>12:00:00 100% of MRC
7. (A) EARNEST MONEY DEPOSIT (EMD):
a) Technical Bid should accompany an earnest money deposit of Rs.3,00,000/- (Rupees
Three Lakh only) in the form of a Demand Draft or Bank Guarantee drawn in favor
of “Employees State Insurance Corporation, Headquarters,” payable at New Delhi
on a scheduled/nationalized bank. There is an exemption of EMD for Micro and
Small Enterprises (MSEs) as defined in MSE Procurement Policy issued by Ministry
of Micro, Small and Medium Enterprises (MSME) or are registered with the
Central Purchase Organisation or the concerned Ministry or Department as
defined under Rule 170 of General Financial Rules (GFR), 2017. A copy of valid
certificate should be enclosed along with the Technical bid for availing
exemption from Tender EMD.
b) The Applicants may deposit Earnest Money Deposit (EMD) through
NEFT/ECS/RTGS/CBS in Syndicate Bank, Indraprastha Estate Branch, New Delhi-
110002, A/c No. 90172010131946, IFSC Code- SYNB0009017, MICR 110025021,
Account Name- Employees’ State Insurance Corporation, payable on or before
last day of closure of Tender
c) Scanned copy/proof of the EMD is to be uploaded at the time of bidding and
physical copy of the same is required to be submitted on or before opening of
Technical Bid.
d) ESIC shall not be liable for payment of any interest on EMD.
e) Tender is liable to be rejected in case EMD is not submitted physically as stated
above/deposited in account mentioned on or before opening of Technical Bid.
f) Any request by the bidders to consider their EMD furnished by them to ESIC for any
other contract/ tender cannot be considered as EMD for this tender.
g) The EMD will be returned to the unsuccessful bidders soon after the orders are
placed on the successful bidder. In case of successful bidder, the EMD may be
converted to Performance Security Deposit (PSD) / Performance Bank Guarantee
(PBG) upon request from bidder and will be returned after five years, subject to
successful performance.
ESICTender_ILL091019BWfree V4.4.2(WithIndex).docx 16 of 32
h) The EMD/PSD/PBG will be forfeited in following cases:
I. If the bidder fails to accept the order based on his offer (bid) and within the
prescribed time.
II. If the bidder fails to provide the connectivity with specifications in compliance to as
mentioned in Annexure – A
III. If the bidder delays the commissioning beyond reasonable time resulting in
disruption of ESIC works
IV. If the performance during the contract period of five years is found unsatisfactory
or irregular in any year of contract. Criterion for monitoring will be same as
explained in case of Maintenance & Warranty clause (f). It will be monitored
on annual basis.
(B) Performance & Functional Security Guarantee (PSD/PSG):
I. After award of the contract, an amount equal to 10% of work order (inclusive
of taxes) as Performance & Functional Security Guarantee should be
deposited in ESIC’s Account or as an alternative Performance & Functional
Security Guarantee may be submitted in the form of a Bank Guarantee
drawn in favour of “Employees State Insurance Corporation, Headquarters,”
payable at New Delhi on a scheduled/nationalized bank. PSD/PBG is to be
submitted along with acceptance of award of contract. However, EMD
submitted with bid may also be converted into part of Performance Security
(PSD). ESIC shall not be liable for payment of any interest on PSD/PBG. In
case of increase in bandwidth Performance Security Deposit will also be
increased upto 10% of Annual Recurring Charges.
8. TAXES:
a) The Taxes must be quoted in clear terms separately. If the taxes are not mentioned
separately in the Price offer, it will be presumed that the rates quoted are inclusive of
taxes.
b) The Service provider/Bidder should submit valid documentary proof of GST
Registration Number and the details of income tax registration (PAN).
c) Applicable taxes shall be paid.
d) Bidder shall submit proof of submission of Taxes before submitting of next
invoice.
9. VALIDITY OF QUOTATION:
The quotation must be valid for 90 days from the date of opening of quotations. ESIC, New
Delhi reserves the right to request the Service provider/Bidder for the extension of the
validity of the quotations. The Service provider/Bidder will be at liberty to accept or reject
the request.
10. SCHEDULE OF PAYMENT: Mode of payment will be subject to the following conditions on
various tasks as under:
ESICTender_ILL091019BWfree V4.4.2(WithIndex).docx 17 of 32
a) One-time Installation & Configuration Charges:
One-time charges will be paid after the successful testing period defined in point
no. 4, for which the bidder shall submit tax invoice in duplicate (original + copy)
giving the reference number of the supply order along with the installation,
commissioning and testing report acknowledged by the nominated officer of ESIC,
New Delhi.
All statutory deductions as applicable like TDS, Service Tax shall be made from the
payment to the Supplier upon submitting the tax invoice.
b) Rental Charges:
Rental charges including bandwidth and other charges, if any, are payable quarterly
(after end of three months) on producing tax invoice. Payment will be done after
considering damages, if any, as per relevant clause mentioned under Maintenance
and Warranty.
ESIC will release payment in 30 days from the date of receipt of the valid and complete
invoice with all technically supporting reports by ESIC.
ESIC reserve the rights to validate the reports received /services provided by the
bidder, by itself or through any nominated agency/consultant/third party assessor to
arrive at the conclusion on the quality / quantity of services delivered and decide on
payables accordingly.
11. RESPONSIBILITIES UNDER THE CONTRACT:
The Service provider/Bidder would be responsible for the following:
a) The Service provider/Bidder shall be responsible for providing the (1:1 unshared, with
last mile also on fiber optic) leased line Point to Point internet connectivity with
same upload and download speed (symmetrical) at any point of time at ESIC, DC at
Delhi and ESIC, DRC at Hyderabad, at all the time throughout the contract period.
b) To provide Internet connectivity (Leased Line) at ESIC-DC, New Delhi and ESIC-DRC,
Hyderabad.
c) The Service provider/Bidder will have to provide 64 Public IP (IPV4) per location of
IPV4 & /29 subnet Public IP required for PE & CE end at each location free of
additional cost.
d) The Service provider/Bidder shall be responsible for Installation, commissioning,
configuring of the link(s) and hardware (POE/Adapter/IDU device, other relevant
devices, etc.).
e) The Service provider/Bidder shall be responsible for maintenance support service (24
Hours x 7 Days (including Holidays)) for bandwidth and equipment.
f) The Service provider/Bidder would ensure that the local loop provisioning does not
violate regulations as laid by Government of India/TRAI in respect of such
links/networks. Bidder will be responsible for making all the payments towards the local
loop charges/rentals etc.
g) Liaisoning (if required) with other firm(s) for obtaining point to point connectivity between
ISP node and ESIC-DC and ESIC-DRC, shall be the responsibility of quoting firm.
ESICTender_ILL091019BWfree V4.4.2(WithIndex).docx 18 of 32
12. SERVICE LEVEL GUARANTEE: The Service provider/Bidder will be required to sign Service Level
Agreement having the following conditions: -
a) Ensure the connectivity with ordered Internet bandwidth at all the time.
b) Packet Losses: Less than 1% (Average over 1000 ping) with in provider network & 0%
packet loss between PE &CE.
c) Latency: Less than 1 ms from ESIC-DC, Delhi and/or ESIC-DRC, Hyderabad to ISP’s tier
1 peering point i.e. (CE to PE).
d) Network Availability: More than 99.95 % per month.
e) Reports for performance, monitoring/usage to be submitted by the Service
provider/Bidder on weekly or monthly basis or as per requirement of ESIC.
f) The bidder will provide the facilities to measure the above parameters at ICT
Division of ESIC, New Delhi. The facility of measurement / monitoring of above
parameters or realtime graphical display will be provided by the bidder.
In case of the above parameters falling below the intended specifications, ESIC, New
Delhi will be compensated by the bidder by paying the damages as per
“Maintenance and Warranty” Clause of this tender in respect of the extended time /
deduction in payment for the loss of hours in service.
13. SUB-CONTRACTING OR SUB-LETTING: The bidder is prohibited from sub-contracting or sub-
letting of the work to any other agency.
14. CANCELLATION/TERMINATION OF ORDER BY ESIC, NEW DELHI:
a. In case, the Service Provider fails either to accept the order without any pre-conditions
within 7 working days of award of order or fails to start the services according to the
stipulated time and guidelines, ESIC, New Delhi reserves the right to cancel/terminate the
contract with immediate effect In this scenario, EMD of the bidder will be forfeited by
ESIC.
b. If services are not found satisfactory during contract period, ESIC, New Delhi also reserves
the right to cancel/terminate the contract by giving 30 days’ notice and avail the services
from alternate vendor at the cost and risk of the Service Provider. No payment will be
paid for the unsatisfactory services and bidder shall have no claim against ESIC, New
Delhi for any compensation for such termination.
c. It may please be noted that in either case, ‘a’ or ‘b’ above, EMD/Performance Guarantee
shall be forfeited and Service Provider may be blacklisted and shall be barred by ESIC to
do any business not less than 5(five) years under intimation to concerned Ministry and
TRAI.
15. Right to Verify/Seek confirmation: ESIC, New Delhi reserves the right to verify/seek
confirmation of all original documentary evidence submitted by Bidder in support of
above mentioned specification for eligibility criterion. In case any information furnished by
the bidder is found to be false/incorrect at any stage, the bid shall be summarily rejected and
no correspondence on the same shall be entertained. EMD/PBG will also be forfeited.
16. Arbitration: All disputes or differences whatever arising between the ISP and ESIC, New
Delhi shall be settled by the sole arbitrator appointed by ESIC, New Delhi. An arbitrator shall
be a person who has been a Judge or qualified to be a Judge of the High Court or a
competent person in the field of law. No objection shall be raised on the ground that the
arbitrator so appointed is an employee of ESIC or is one of the parties to the tender himself or
that the persons so appointed had to deal with the matter to which the tender relates in his
official capacity.
ESICTender_ILL091019BWfree V4.4.2(WithIndex).docx 19 of 32
17. Address for communication:
All the communication with respect to the tender shall be addressed to:
Deputy Medical Commissioner,
Information, Communication and Technology Division,
Employees State Insurance Corporation
Headquarters, Panchdeep Bhawan,
C.I.G.Road, New Delhi - 110002.
18. Force Majeure:
In the event of any unforeseen circumstances directly interfering with the supply of
goods/work/service arising during the execution of order such as war, hostilities, acts of the
public enemy, civil commotion, sabotage, fires, floods, earthquakes, explosions, epidemics,
quarantine restrictions, strikes, lockouts, or acts of God, the Bidder shall, within a week from the
commencement thereof, notify the same in writing to the Purchaser with reasonable evidence
thereof. Either party shall have the option to terminate the contract on expiry of 30 days of
commencement of such force majeure by giving 14 days’ notice to the other party in writing. In
case of such termination, no damages shall be claimed by either party against the other.
19. Code of Ethics:
The Purchaser as well as the Bidder shall observe the highest standard of ethics including
laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”,
during the procurement or execution of such supply, installation and commissioning orders. If the
bidders are found in Bid pooling or against law against fraud and corruption then their firms may
be blacklisted.
20. Jurisdiction
In the event of any dispute the legal matter shall be subjected to the jurisdiction of Delhi Court only.
21. Completeness of Tender Offer
The Tenderer is expected to examine all instructions, forms, terms, conditions and specifications
in the Tender document. Failure to furnish all information required by the Tender document or
submission of a tender offer not substantially responsive in every respect to the tender
documents will be at the Tenderer’s risk and may result in rejection of its tender offer. The
tender offer is liable to be rejected outright without any intimation to the Tenderer if complete
information as called for in the tender document is not given therein, or if particulars asked for
in the Forms / Performa in the tender are not fully furnished.
22. Signing of Tenders
The authorized signatory of the Tenderer shall possess Digital Signature Certificate (DSC) for
submission of tender documents and MTF. The DSC holder/authorized signatory signing the
tender shall state in what capacity he is/ they are, signing the tender, e.g., as sole proprietor of
the firm, or as a Secretary/Manager/Director etc., of a Limited Company.
We confirm with our acceptance to the Terms & Conditions stated under point 1 to 22 above.
Signature of the Bidder with stamp
Full Name: ____________________
Firm Name: ___________________
Authorized Person Mobile No.:
e-mail: These duly signed “Terms & Conditions of the Tender” shall be attached with technical bid of the tender as a
mark of acceptance of bidder and any tender not confirming these terms & conditions is liable to be rejected.
ESICTender_ILL091019BWfree V4.4.2(WithIndex).docx 20 of 32
SECTION - IV
FORMS AND FORMATS
•••• Technical Bid
•••• Commercial Bid
ESICTender_ILL091019BWfree V4.4.2(WithIndex).docx 21 of 32
BIDDER’S INFORMATION
To
The Deputy Medical Commissioner(ICT)
Employees State Insurance Corporation,
Headquarters, Panchdeep Bhawan,
C.I.G.Road, New Delhi – 110002, India
1. Tender Ref. No : …………………………
2. Name of Bidder : . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
3. Number of Years in Operation .......................................................................... ..
4. Address of Registered Office : ..............................................................................
5. Address for Correspondence : … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … …
6. PAN No. : ....................................... GST Registration No. : ............
7. Contact details of authorized person of bidder who have signed the tender
a. Name :
b. Designation :
c. Phone (Office):
d. Phone (Mobile):
e. Email :
f. FAX No:
g. Website :
8.. EMD payment details (UTR number & Bank detail)
9. List of Documents submitted
Place: [Signature of Authorized Signatory of Bidder] Date: Name:
Designation:
Seal:
ESICTender_ILL091019BWfree V4.4.2(WithIndex).docx 22 of 32
LIST OF ENCLOSURES
To
The Deputy Medical Commissioner (ICT)
Employees State Insurance Corporation,
Headquarters, Panchdeep Bhawan,
C.I.G.Road, New Delhi – 110002, India
Dear Sir,
We are enclosing the following documents in the Technical bid:
a. Duly filled with signed & stamped Tender documents (All pages 1-19)
b. Authority Letter on company’s letter-head to authorize Signatory on behalf of the
participating company.
c. Details of Demand Draft towards EMD and Tender fee or copy of valid registration
certificate for exemption from Tender fee & EMD
d. Copies of PAN, GST duly Signed & Stamped.
e. Copy of License/authorisation for ISP category ‘A’ duly Signed & Stamped.
f. Copy of License for setting up & Operating International Gateway from DOT duly Signed &
Stamped.
g. Copy of Annual Audited Financial Statement and P & L Account for last 3 years i.e.
2016 – 2017, 2017 – 2018 and 2018 – 2019 duly Signed & Stamped.
h. Undertaking on letter head duly Signed & Stamped..
i. Details of at least 3 (Three) customers with contact details to whom Internet Leased line
services with 1 Gbps or higher bandwidth are provided
Sr. no. Name and Address of
Customer
Individual/Govt./
PSU/Autonomous Contact Person Mobile No.
1
2
3
Place: [Signature of Authorized Signatory of Bidder] Date: Name:
Designation:
Seal:
ESICTender_ILL091019BWfree V4.4.2(WithIndex).docx 23 of 32
FORMAT FOR CHARTERED ACCOUNTANT* CERTIFICATE FOR
FINANCIAL CAPABILITY OF THE BIDDER
(For Supply of Goods/ Works/ Services)
We have verified the Annual Accounts and other relevant records of M/s………………………………………
(Name of the bidder) and certify the following information and further certify that it does not
include data of group of companies.
A. FINANCIAL DATA FOR LAST AUDITED FINANCIAL YEAR :
Description 2016-17 2017-18 2018-19
Amount (in Rs.) Amount (in Rs.) Amount (in Rs.)
1. Current Assets
2. Current Liabilities
3. Working Capital (Current Assets-
Current liabilities)
4. Net Worth (Paid up share capital and
Free Reserves & Surplus)
5. Annual Turnover
6. Profit / (Loss)
Name of Audit Firm/: [Signature of Authorized Signatory] Chartered Accountant Name:
Date: Designation: Seal:
Membership No.
Instructions:
1. The financial year would be the same as one normally followed by the bidder for its Annual
Report.
2. The bidder shall provide the audited annual financial statements including Balance
Sheet, Profit and Loss Account as required for this Tender document. Failure to do so
would result in the Proposal being considered as non-responsive.
3. For the purpose of this Tender document,
(i) Annual Turnover shall be “Sale value/ Operating Income”
(ii) Working Capital shall be “Current Assets less Current liabilities” and
(iii) Net Worth shall be “Paid up share capital and Free Reserves & Surplus”
4. *Bidder whose accounts are not audited by auditors as per law/jurisdiction, certification
from a Chartered Accountant to be submitted.
5. Bidder shall submit “Details of Financial capability of bidder” in this format
duly signed and stamped by a Chartered Accountant. Further, copy of audited
a n n u a l f i n a n c i a l s t a t e m e n t s s u b m i t t e d i n b i d s h o u l d b e d u l y
certified/attested by notary public with legible stamp.
ESICTender_ILL091019BWfree V4.4.2(WithIndex).docx 24 of 32
LETTER OF AUTHORITY
PROFORMA FOR LETTER OF AUTHORITY FOR ATTENDING MEETING AND SUBSEQUENT
NEGOTIATIONS/CONFERENCES
No. Date:
To
Deputy Medical Commissioner (ICT)
Employees State Insurance Corporation,
Headquarters, Panchdeep Bhawan,
C.I.G.Road, New Delhi – 110002, India
Dear Sir,
We…………………………..………………………hereby authorize following
representative(s) to attend Pre-Bid meeting, Technical bid opening and price bid opening
and for any other correspondence and communication against above Bidding Document:
Name & Designation ____________________________ Signature __________________
Name & Designation ____________________________ Signature __________________
We confirm that we shall be bound by all commitments made by aforementioned
authorized representatives.
Place: [Signature of Authorized Signatory of Bidder]
Date: Name:
Designation:
Seal:
Note: This letter of authority should be on the letterhead of the bidder and should be
signed by a person competent and having the power of attorney to bind the
bidder.
Not more than two persons are permitted to attend techno – commercial and price bid
opening.
ESICTender_ILL091019BWfree V4.4.2(WithIndex).docx 25 of 32
NO DEVIATION CONFIRMATION
To
Deputy Medical Commissioner (ICT)
Employees State Insurance Corporation,
Headquarters, Panchdeep Bhawan,
C.I.G.Road, New Delhi – 110002, India
Dear Sir,
We understand that any deviation/exception in any form may result in rejection of bid.
We, therefore, certify that we have not taken any exceptions/deviations anywhere in the
bid and we agree that if any deviation/exception is mentioned or noticed, our bid may be
rejected.
Place: [Signature of Authorized Signatory of Bidder] Date Name:
Designation:
Seal:
ESICTender_ILL091019BWfree V4.4.2(WithIndex).docx 26 of 32
DECLARATION
(This certificate should be issued in the Letter Head of the Bidder)
1. We hereby confirm that the notice & Instructions to Bidder specified in this
tender have been thoroughly read while filling up the tender form (Technical
Bid & Commercial Bid).
2. It is hereby confirmed that all the Terms & Conditions stated in this tender are
acceptable to us.
3. We hereby confirm that our Company has been providing Internet Leased Line
services successfully to corporates for more than 5 years
4. We also confirm that the service and support for the continuous
functioning of the connectivity during the contract period of five year, shall
be provided as and when demanded with no extra charges.
5. We have a fully functional Customer Service Centre(s) in New Delhi, which is
operational 24 hours x 7 Days (including Holidays). List of other Customer
Service Center(s) with location is enclosed. Any complaint received shall be
resolved within 3 hours. The list of CSC is as under: # Address of CSC/NOC Contact
Person
Name
Contact No. Toll Free
Number
6. We have our own fiber-based backbone network of 5000+ Kilometers. We also have
Category ‘A’ certificate.
7. All our POPs from where the ILL bandwidth shall be provided to ESIC-DC,
Delhi and ESIC-DRC, Hyderabad, have redundancy of equipment, devices,
links, power, backhaul connectivity etc.
8. We confirm that we are not under any liquidation, court receivership or
similar proceedings.
9. We further confirm that we have not been Blacklisted or kept under Holiday by any
Public Sector Undertaking / Government Organization.
10. We also confirm that the content of the Bidding Document including Corrigendum
/Addendum (if any) have not been altered or modified.
11. We agree that if any of the above is noticed in future, our Bid may be rejected /
terminated.
Place: [Signature of Authorized Signatory of Bidder]
Date: Name:
Designation:
Seal:
ESICTender_ILL091019BWfree V4.4.2(WithIndex).docx 27 of 32
For bidders who have account in Bank for facilize Real Time Gross Settlement
(RTGS)/National Electronic Funds Transfer (NEFT) Payment
(To be issued on vendors letter head at the time of submission of bid)
1. Bidder Name
2. Bidder Address
3. Bidder Email-id
4. Enclosed Cancelled check leaf: Yes/No
5. Particulars of bank account :
A. Name of Bank :
B. Name of Branch:
C. Branch Code:
D. Address:
E. Telephone Number:
F. Type of Account (Current/Saving etc.): G. Account No.:
H. RTGS IFSC Code of the Bank Branch
I. NEFT IFSC Code of the Bank Branch
J. digit MICR Code
I/We hereby authorize .............. to release any amount due to me/us in the bank
account as mentioned above. I/We hereby declare that the particulars given above are
correct and complete. If the transaction is delayed or lost because of incomplete or
incorrect information, we would not hold the ESIC responsible.
( ________________ )
Signature of Bidder)
BANK CERTIFICATE*
We certify that ______________________________________ has an
account No. ____________________________ with us and we confirm that the
details given above are correct as per our records.
Bank Stamp
Date (Signature of authorized officer of bank)
(*) To be submitted for release of EMD and other payment if any. Kindly submit the
cancelled cheque along with this format for verification
Enterprise’s Information with respect to the
Micro, Small and Medium Enterprises Development Act, 2006
(APPLICABLE FOR DOMESTIC BIDDERS ONLY)
:
:
ESICTender_ILL091019BWfree V4.4.2(WithIndex).docx 28 of 32
Annexure - A
Compliance Sheet for Scope of Work
(Bidder needs to submit this along with the bid duly filled and signed)
S.N. Technical Specification for Internet
Leased Line Connection
Complied
(Yes/No)
1 The Internet connectivity leased line should have fully
dedicated (1:1), unshared & High Quality ordered symmetric
Fiber Optic cable till last mile.
2 The ISP/bidder should have fully resilient and self-healing
network architecture, on fiber media, from the international
gateway in India up to the international Points of Presence.
3 The ISP/bidder has independent Network Operation Centre for
trouble shooting with 24x7 supports to take care of the ILL link
management requirements. The service provider network
should be backed by availability of service personnel in New
Delhi to attend faults. The service provider should furnish
details of Toll-Free number for logging complaints.
4 64 Public IP addresses per location of ipv4 pool & /29 subnet
Public IP required for PE & CE end at each location
5 The successful bidder should furnish a detailed network/
schematics diagram of total solution proposed showing
connectivity from ISPs gateway Terminal Point to required
locations of the IT Division of ESIC.
6 The successful bidder should submit technical literature
explaining the proposed implementation diagram with the
technical bid
7 The connectivity from the POPs of service providers to ESIC, New
Delhi and/or Hyderabad, premises shall be through Fiber Optic
Media
8 All the equipment supplied by the bidder should be capable of
handling higher bandwidth in case up-gradation is required in
the later stage.
9 Any Software and Hardware required to establish the purchased
bandwidth will be provided by bidder to make leased line fully
Functional. Router is under ESIC SOW
ESICTender_ILL091019BWfree V4.4.2(WithIndex).docx 29 of 32
S.N. Technical Specification for Internet Leased Line
Connection
Complied
(Yes/No)
10 All the POPs from where the ILL bandwidth is provided to ESIC, New Delhi and/or Hyderabad should have redundancy of equipment, links, power, backhaul connectivity etc. Service provider needs to confirm it in writing.
11 The ILL links should be available in full duplex mode which must be
demonstrated to Engineers of IT Division of ESIC, New Delhi
12 Service provider has to provide facility to IT Division of ESIC, New Delhi,
to monitor the SLG (Service level Guarantee) parameters (as per
point 12 of T&C) and log the Trouble tickets on line. ESIC, New Delhi
should also be able to obtain standard reports on the ILL links’
Bandwidth Utilization (in Mbps, in frames/sec), Errors
(frames/sec), Discarded (frames/sec), Non uncast(frame/sec),
Bandwidth availability, Packet loss (in %), Latency of links etc.
through any network monitoring tool / MRTG to be provided by
service provider.
13 IT Division of ESIC, New Delhi will consider the successful provision
of the link subject to Satisfactory Acceptance Test. The
methodology for the test will be at the discretion of the ESIC, New
Delhi. However, the same will be shared with the Bidder / SP.
Following tests may be adopted:
a. Average latency should not be more than 1 ms up to ISPs 1st
Tier 1 peering point.
b. Domestic Latency < 50 Millisecond during peak traffic hours
c. International Latency < 250 Millisecond during peak traffic
hours
d. Packet Loss= 0%Till the peering point (PE to CE)
Facilities of testing above parameters will be provided by the
Bidder / ISP
14 The above said services shall remain valid for five years period
from the date of commissioning.
15 The services shall continue if ESIC office re locate within DELHI.
(Additional reinstallation charges may be considered)
16. Internet Service Provider (ISP) is a reputed Internet Service Provider-
‘Class/Category-A’ with a proven track record for more than 3 (Three)
Years
Signature of the Bidder with stamp
ESICTender_ILL091019BWfree V4.4.2(WithIndex).docx 30 of 32
COMMERCIAL BID Annexure – B
1. Tender Ref. No.:
………………………………..
2. Name of the Bidder:
3. The offer with rates for the schedule of requirements of services, are
elaborated in the table below.
PRICE SCHEDULE for (Commercial Bid)
S.
No. Item description UOM Qty
Rate in Rs.
(per year) *
(Figures &
Words)
DDOS mitigation/
DDOS prevention
charges
Taxes Total Amount in
Rs. (per year)
A Prime Requirement
A1
One-time Installationand
Commissioning charges of
Symmetric, Point to Point Internet
Leased Line (1:1
unshared with last mile on fiber
optical) at ESIC Server Room, New
Delhi and/or Hyderabad
Lumpsum/job NA
A2
Rental Charges for 1Gbps
Bandwidth per year. (Validity
of the charges five years
Yearly 1 Gbps
AT Total Prime Requirment of 1 Gbps Yearly 1 Gbps
B Additional Requirement
B1
Rental Charges for extra
incremental 100 Mbps
Bandwidth per year beyond the
Prime Bandwidth Requirement.
(Validity of the charges five years)
Yearly 100 Mbps
B2
Rental Charges for extra
incremental 1Gbps Bandwidth
per year beyond the Prime
Bandwidth Requirement. (Validity
of the charges five years)
Yearly 1 Gbps
Total (in words) –
* In case ESIC will opt for the extra bandwidth in multiples of 100Mbps or 1Gbps, the charges for the
same shall be considered from the date of commissioning.
4. Notes:
a. The total price for Five years shall be given due consideration while analyzing the commercial bid.
b. Hardware/ Software charges - ESIC, New Delhi will not purchase any hardware, cables or
software. Service provider/Bidder will have to provide all the required hardware, cables and
software and any other item to establish the purchased bandwidth throughout the contract
period.
c. The rates quoted in the Commercial Bid shall be firm & all-inclusive for Installation,
Commissioning, Configuring and maintaining the bandwidth at destination at ESIC. No extra
payment shall be paid on account of any discrepancy in nomenclature of items.
ESICTender_ILL091019BWfree V4.4.2(WithIndex).docx 31 of 32
d. No representation for the enhancement of the prices of the accepted tender or alteration of the
terms and conditions will be entertained at any stage.
e. In case during the tenure of contract, bidder provides rate for similar Internet bandwidth
at lower rates to any other customer, the same will be extended to ESIC from the date of
such rates.
f. ESIC, New Delhi will not be responsible for any kind of damage of hardware / software
mentioned above. All these items shall be in complete maintenance warrantee of the
bidder.
g. The rates shall not be overwritten. The financial figures in commercial bid shall always be both in figures
and words. In case of any discrepancy in figures and words, the amount written in words shall be
considered.
h. In the event of any dispute the legal matter shall be subjected to the jurisdiction of Delhi
Court only.
It is hereby confirmed that we shall abide all the terms & conditions as specified in this tender.
Place: Signature of Authorized Signatory
Date: Name:
Designation:
Seal:
ESICTender_ILL091019BWfree V4.4.2(WithIndex).docx 32 of 32
Annexure - C UNDERTAKING
To
The Deputy Medical Commissioner(ICT)
Employees State Insurance Corporation,
Headquarters, Panchdeep Bhawan,
C.I.G.Road, New Delhi – 110002, India
Dear Sir,
We hereby confirm, state and declare that
1. We have not been blacklisted by ESIC or any other Educational / R&D / Govt.
organizations/PSU etc.
2. We have our own fiber only and we have adequate facilities and capabilities of our
own last mile connectivity to provide comprehensive maintenance support and o third
party arrangement for the last mile or local loop will be made.
3. We will adhere to all terms and conditions including special terms and conditions
mentioned in this tender
4. The contents of the Tender Document including Corrigendum/Addendum etc.
downloaded from website have not been modified or altered or tempered in any
manner.
We agree that if any of the above is noticed in future, our Bid may be rejected /
terminated and EMD/PBG confiscated.
Place: [Signature of Authorized Signatory of Bidder] Date: Name:
Designation: Seal:
*********************END OF TENDER DOCUMENT*********************
Recommended